Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2020 SAM #6719
SOLICITATION NOTICE

58 -- RFI FMS Project Manager Soldier Maneuver and Precision Targeting (PM SMPT)Foreign Military Sales Acquisition and Total Package Approach Support

Notice Date
4/20/2020 10:42:36 AM
 
Notice Type
Presolicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
ACCAPGMD
 
Response Due
5/15/2020 12:00:00 PM
 
Archive Date
05/30/2020
 
Point of Contact
Leo J. Sydlik
 
E-Mail Address
Leo.J.sydlik.civ@mail.mil
(Leo.J.sydlik.civ@mail.mil)
 
Description
Project Manager Soldier Maneuver and Precision Targeting (PM SMPT) Request for Information for Foreign Military Sales Acquisition and Total Package Approach Support � Notice ID:� Request for Information Related Notice: Not Applicable General Information Contract Opportunity Type: Request for Information All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA Original Published Date: April 20 2020 Original Response Date: MAY 15 2020 Inactive Policy: Manual Initiative: None Classification Product Service Code: 5855 NIGHT VISION EQUIPMENT, EMITTED AND REFLECTED RADIATION NAICS Code: 333314 - Optical Instrument and Lens Manufacturing Contracting Office Address: Army Contracting Command (ACC) APG ATTN: Leo J. Sydlik Jr. Contract Specialist 6515 Integrity Court, Bldg. 4310 Aberdeen Proving Ground (APG), MD 21005-3013 USA E-mail Leo.j.sydlik.civ@mail.mil � � � � Description Description: The purpose of this Request for Information (RFI) is to seek out interested parties to support the Foreign Military Sales program by acquiring a broad range of Security Cooperation (SC) solutions with Total Package Approach (TPA) support, as applicable, for Soldier Maneuver and Precision Targeting (SMPT) equipment and commercial alternatives portfolio. This equipment includes head/helmet mounted, body worn and weapon mounted Night Vision, Rangefinders, and Aiming Laser/Pointer systems; as well as, associated spare parts and accessories necessary for operation and maintenance of them, for mounted and dismounted application. The TPA ensures that foreign partners can obtain support articles and services required to introduce, operate, and sustain equipment in a responsible and effective manner. In addition to a system itself, other items in a TPA can include training, technical assistance, initial support, software, follow-on and maintenance support. Each FMS request is unique and can consist of just an end item to an end item with a complete ensemble of TPA support elements as noted above. Interested vendors shall be able to provide effective and efficient advanced planning, acquisition/procurement support, management support, project execution support, engineering support, quality assurance, logistics support, project execution, fielding support, training, curriculum development and have the ability to manage growth and new work in support of SC programs. The contractor(s) will need to work with the Project Manager SMPT FMS lead to successfully plan, coordinate and execute a broad range of system procurements and associated TPA support services as required by the end-user. Contractor(s) should be able to conduct market research and provide logistics support required to procure Soldier Maneuver and Precision Targeting (SMPT) equipment and/or commercial alternatives. The contractor shall perform research necessary to identify the most current National Stock Number (NSN) or Part Number (P/N) for the required equipment or spare part material, and identify best-value sources of procurement. For items not available in the Government Supply System, the contractor shall recommend sources, provide technical information, and when approved, make purchases. The contractor shall conduct receipt, inspection and acceptance, handling and packaging, and forwarding of equipment at contractor and government staging areas. The contractor shall ensure MILSPEC standards, and all associated quality assurance procedures are upheld, when acquiring Night Vision systems that are US Army Program of Records. SUBMISSIONS: This is a Request for Information (RFI). This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this RFI is to gain information regarding interest in supporting acquisition of varying end items and supporting TPA for various FMS programs. PM SMPT is releasing this RFI in order to determine interested vendors that can perform the above efforts and/or have prior experience in executing a broad range of procurements for various end-items and supporting services for multiple end�items and multiple end users. � PM SMPT invites industry to provide a white paper explaining how they are qualified to execute this type of support and/or provide past performance of similar type efforts. A white paper and questions in reference to this RFI shall be submitted to the Contracting Office POC listed below. PM SMPT is requesting submissions by 15 MAY 2020. Upon request from interested parties, PM SMPT can schedule sessions to address questions. SUBMISSION INSTRUCTIONS: INTERESTED PARTIES SHALL NOT SUBMIT PROPOSALS. INTERESTED PARTIES SHALL SUBMIT INFORMATION PAPERS/WHITE PAPERS AND INITIAL QUESTIONS BY THE SPECIFIED DUE DATE. No contracts will be awarded based on this announcement. If you are interested in responding to this RFI, please e-mail the Contracting Office POC listed below by 15 MAY 2020 no later than 3:00 P.M. EST. Please include the following information in your e-mail: � Company name � Business Type and size (i.e. service-disabled veteran-owned small business, women-owned small business, etc.) � The information papers your company will provide in response to this RFI. � Company Cage Code The deadline for submitting questions to the Government regarding this RFI is 15 MAY 2020 no later than 3:00 P.M. Questions can be submitted to the Contracting Office POC listed below. Information Papers/White Papers shall not exceed three (3) pages in length, one sided, using a PDF format and no less than 10-point font, Times New Roman, single-spaced. Information Papers/White Papers not meeting these requirements may not be reviewed. Proprietary Information: Respondents shall clearly identify and mark in writing all proprietary information on all documents being submitted. Information Paper/White Paper Submission Format: Section A: Name of Company/ Corporation, Point of Contact, Title, Date, E-mail Address, Phone Number, Fax Number, Organization/Office Symbol, Mailing Address, Cage Code, NAICS Code, Business size (small or large). Section B: Capability description - Address your company's ability to acquire various SMPT end items with accompanying TPA for various FMS programs with a wide array of unique requirements (see �Description�). In the response please address: How would you approach ensuring quality assurance for US Army Program of Record end items (examples include but not limited to AN/PVS-7, AN/PVS-14, AN/PEQ-15, etc.) that must adhere to MILSPEC standards vs. how quality assurance would be conducted for commercial alternative systems that do not have a MILSPEC, for FMS customers? How could a contract with this scope be structured to allow you to be responsive while ensuring competition for best value? Please provide any other recommendations for contract structure that would allow you to operate efficiently. What challenges, concerns, risks, and opportunities do you see with a contract of this nature? What experience, if any, have you had with Foreign Military Sales programs? Explain any unique challenges you have encountered with Foreign Military Sales programs and how you overcame them. � Section C: Please note with any referenced federal contracts to include Government point of contact, current telephone number, e-mail address, and mailing address. Information Paper/White Paper and Question Submission date: 15 MAY 2020 Submission e-mail shall be sent to the contracting office POC listed below with the subject line: ""RESPONSE to PM SMPT FMS ACQUISITION AND TPA SUPPORT RFI"" USE OF INFORMATION: The purpose of this notice is to gain industry information and interest and convey that to PM SMPT. All proprietary information contained in the response shall be separately identified and marked. Any proprietary information contained in response to this request will be properly protected from any unauthorized disclosure. POINTS OF CONTACT: Questions on the objectives should be addressed to Contract Specialist, Leo J. Sydlik Jr via e-mail at Leo.j.sydlik.civ@mail.mil and the Subject Line must be titled: �RESPONSE to PM SMPT FMS ACQUISITION AND TPA SUPPORT RFI� Contracting Office Address: Army Contracting Command (ACC) APG ATTN: Leo J. Sydlik Jr. Contract Specialist 6515 Integrity Court, Bldg. 4310 Aberdeen Proving Ground (APG), MD 21005-3013
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d2c719077db14048b2234ea8b19c8916/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05626718-F 20200422/200420230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.